Loading...
HomeMy WebLinkAboutContract 36085 COMMUNITY FACILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT "C-04e-�, § Contract No.&25 WHEREAS, All& hereinafter called "Developer", desires to make certain improvements to Villages of Woodland Springs West Phase VII See 3, an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant, Denton and Wise Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: For and in consideration of the covenants and conditions contained herein, the City and the Developer do hereby agree as follows: I. General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth and subsequently amended, is hereby incorporated into this Community Facilities Agreement as if copied herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy. D. Developer acknowledges that there shall be no reduction in the amount of financial security prior to project completion and acceptance by the City. Villages of Woodland Springs West 1 r a Phase VII Sec 3 CFA 2007038 07 24 07 E. The Developer shall award all contracts for the construction of co unity facilities in accordance with Section II, paragraph 7 of the Po icy. F. T11 contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of the Policy. G. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged negligence of the City of Fort Worth, its officers, servants, or employees. H. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. I. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). J. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed (Article 104.100, Ordinance 7234). Villages of Woodland Springs West 2 Phase VII Sec 3 CFA 2007038 07 24 07 K. Developer hereby releases and agrees to indemnify and hold the City ` harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. L. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. M. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof. Water (A)None; Sewer (A-1) None; Paving (B)Attached Storm Drain(B-1) Attached; Street Lights and Signs (C) Attached.. N. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. II. Street and Storm Drain Facilities A. The Developer(s) agree to install or to cause to have installed, the street, storm drainage, street lighting, street name sign and other community facilities improvements shown as "current improvements" on the attached Exhibits B, B1 and C. B. As shown below in the "Summary of Cost for Street and Storm Drain Facilities", the Developer shall fund its share of "current improvements" and shall pay to the City for its share of the cost of street, storm drainage, street lighting, street name signs as shown on the attached Exhibits B, B1, and C. The estimated total cost of current improvements and related support services specified in this agreement, including design, construction and inspection is estimated to $ 914,967.49. Villages of Woodland Springs West 3 Phase VII Sec 3 CFA 2007038 07 24 07 VILLAGE OF WOODLAND SPRINGS WEST PHASE Vll SEC 111 Item Developer City Cost Total Cost Cost A. Construction $ - 1. Streets $672,897.40 $ 672,897.40 2. Storm Drainage $180,911.55 $ 180,911.55 3. Street Lights $7,020.00 $ 7,020.00 4. Street Name Signs $3,430.00 $ 3,430.00 B. Engineering Design $ - C. Construction Engineering and Management by DOE (4%) $ 34,152.36 $ 34,152.36 D. Materials Testing by DOE (2%) $ 17,076.18 $ 17,076.18 TOTALS $ 914,967.49 $ - $ 914,967.49 Notes: 1. All Preliminary Pl is filed after July 2000 will require sidewalks on all streets. 2. Developer's column for Item C represents four percent (4%) cost for construction inspection fees. The City will pay additional inspection fee over 4%. 3. City not preparing plans and specifications. 4. Developer's column for Item D represents two percent (2%) of paving and storm drain costs for materials testing. Villages of Woodland Springs West 4 Phase VII Sec 3 CFA 2007038 07 24 07 RECEIVED AUG o 3 IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary,with the corporate seal of the City affixed d said Dev Loper has executed this instrument in triplicate, at Fort Worth,Texas this the day of 2007. Approval Recommended: Transportation and Public Works Department ENO M&C RII-QUIRED Robert Goode,P. E. Director ATTEST: City Of Fort W f�L LIALA��� By: Marty Hendrix are Ott City Secretary Assistant City Manager Approv to Fo Assistant ty ttorney ATTEST: DEVELOPER Allen Partners, L.P. a Texas limited partnership By: Centamtar Terras, L.L.C. a Texas limited liability corporation its Sole General Partner By: —1--e— Corporate Secretary Mehrdad Moayedi Villages of Woodland Springs West Sole Manager Phase VII Sec 3 CFA 2007038 07 24 07 013696 020 3 CFA TPW.doc 4 RECEIVED JUL 2 a W, , PART B—PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: Allen Partners, L.P. PROPOSAL FOR: Street Improvements PROJECT NAME: The Villages of Woodland Springs West Phase VII, Section 3 DOE NO. 5648 FILE NO. W-1949 X NO. X-19961 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Street Improvements and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: The Villages of Woodland Springs West Phase VII, Section 3 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: N-\JOB\013696\Spec\013696-020-Ph2seVllSer3 Paving rinr R-1 i i +�+P�nsnai�nns UNIT I: STREET IMPROVEMENTS (Furnish and install, including all appurtenant work, complete in place, the following items) PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1. 25,814 S.Y. 6" Lime Stabilized Subgrade, Complete in Place for the S<<m of, Per Square Yard One Dollars & Sixty Cents $ 1.60 $ 41,302.40 2. 25,008 S.Y. 6" R.C. Street Pavement with 7"Curb, Complete in Place for the Sum of, Per Square Yard Twenjy Three Dollars & Fifty Cents $ 23.50 $ 587,688.00 3. 413 Tons Hydrated Lime for Subgrade (324/S.Y.), Complete in Place for the Sum of, Per Ton Ninety Two Dollars & No Cents I $ 92.00 $ 37,996.00 4. 189 L.F. Sawcut & Remove Ex. Curb & Gutter, Complete in Place for the Sum of, Per Linear Foot Ten Dollars & No Cents $ 10.00 $ 1,890.00 5. 377 S.F. Standard. 4' Sidewalk, Complete in Place for the Sum of, Per Square Foot Three Dollars & No Cents $ 3.00 $ 1,131.00 6. 189 L.F. Longitudinal Butt Joint, Complete in Place for the Sum of, Per Linear Foot Ten _ Dollars & No Cents $ 10.00 $ 1,890.00 N.UOB\013696\Spec\013696.020.PhaseVIISec3.Paving.doc 8-2 Updated 0 5/1 612 0 05 PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 7. 1 L.S. Storm Water Management, Complete in Place for the Sum of, Per Lump Sum One Thousand Dollars & No Cents $ 1,000.00 $ 1,000.00 SUBTOTAL AMOUNT BID PAVING $672,897.40 UNIT II: BONDS PAY APPROXIMATE DESCRIPTION OF ITEMS WITH BID UNIT AMOUNT ITEM QUANTITY PRICES WRITTEN IN WORDS PRICE BID 1. 1 L.S. Payment, Performance, and Maintenance Bond, Complete in Place for the Sum of, Per Lump Sum Five Thousand Ninety Five Dollars & No Cents $ 5,095.00 $ 5,095.00 SUBTOTAL BONDS $5,095.00 SUMMARY TOTAL AMOUNT BID PAVING $ 672,897.40 TOTAL AMOUNT BID BONDS $ 5,095.00 TOTAL $ 677,992.40 PART B -PROPOSAL (Cont.) After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Developer. The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Document-, and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and. General Specifications for Water Department Projects dated January 1, 1978,which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within Ten 10 calendar days after issue of the work order, and to complete the contract within Thirty 30 working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. _B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No. 2 (Initials) Addendum No.4 (Initials) Respectfully submitted, Mario Si of & ns E avati Inc. icha Sinacola T' le Vice Pr Sident Address 10950 Research Road Frisco, Texas 75034 Telephone: 214-38 7-3 900 (Seal) Date: July 10, 2007 N:UOB10136961SpecO13696.020.PhaseVIISec3.Paving.doc B-5 Updated 05/162005 PART B— PROPOSAL DEVELOPER AWARDED CONTRACTS This proposal must not be removed from this book of Contract Documents. TO: ALLEN PARTNERS, L.P. PROPOSAL FOR: PROJECT NAME The Villages of Woodland Springs West Phase VII, Section 3 WATER PROJECT NO. P264-6021.50072783 SEWER PROJECT NO. P274-702130072783 DOE NO. 5648 FILE NO. W-1949 X NO. X-19961 Includes the furnishing of all materials, except materials specified to be furnished by the City, equipment and labor for the installation of Water, Sanitary Sewer, and Storm Drain Facilities and all necessary appurtenances and incidental work to provide a complete and serviceable project designated as: The Villages of Woodland Springs West Phase VII, Section 3 Pursuant to the foregoing 'Notice to Bidders', the undersigned Bidder, having thoroughly examined the Contract Documents, including plans, special contract documents, the General Contract Documents and General Specifications for Water Department Projects, the General Contract Documents and General specifications for Transportation and Public works Projects, the site of the project and understanding the amount of work to be done, and the prevailing conditions, hereby proposes to do all the work, furnish all labor, equipment and material except as specified to be furnished by the City, which is necessary to fully complete the work as provided in the Plans and Contract Documents and subject to the inspection and approval of the Director of the Department of Engineering of the City of Fort Worth, Texas; and binds himself upon acceptance of this Proposal to execute a contract and furnish an approved Performance Bond, Payment Bond, Maintenance Bond, and such other bonds, if any, as may be required by the Contract Documents for the performing and completing of the said work. Contractor proposes to do the work within the time stated and for the following sums: N:UOB\013696\Spec\013696.020.PhaseVllSec3.Utilities.doc B-1 Updated 05/16/2005 UNIT 1: WATER (Furnish and install, including all appurtenant work, complete in place, the following items) D-No. refers to related items in the Part D Special Conditions:) TEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL O. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT I. 7,416 L.F. 8" Water Line, Complete in Place for the Sum of, Per Linear Foot Fifteen Dollars& Forty Cents $ 15.40 $ 114,206.40 2. 19 Ea. 8" Gate Valve&Box and Cover, Complete in Place for the Sum of, Per Each Eight Hundred Eight Dollars& No Cents $ 808.00 $ 15,352.00 3. 8 Ea. 6" Gate Valve &Box and Cover, Complete in Place for the Sum of, Per Each Five Hundred Sixty Nine Dollars& No Cents $ 569.00 $ 4,552.00 4. 8 Ea. Standard Fire Hydrant Assembly(4'-0"Bury), Complete in Place for the Sum of, Per Each Two Thousand Four Hundred Four Dollars& Fifty Cents $2,404.50 $ 19,236.00 5. 183 Ea. 1" Water Service w/Meter Box, Complete in Place for the Sum of, Per Each Five Hundred Twenty One Dollars& Thirty Cents $ 52l.30 $ 95,397.90 6. 7,416 L.F. Chlorination &Pressure Testing Complete in Place for the Sum of, Per Linear Foot No Dollars& Fifteen Cents $ 0.15 $ ],] 12.40 NN013\013696\Spec\013696.020.PhaseVIISec3.UtiIities.doc B-2 Updated 05/16/2005 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL O. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 7. 3 Ea. Connect to Existing 8"Water Line, Complete in Place for the Sum of, Per Each Five Hundred Five Dollars& No Cents $ 505.00 $ 1,515.00 8. 2.8 Ton Cast Iron Fittings,Complete in Place for the Sum of, Per Ton Two Thousand Three Hundred Twenty Six Dollars & Forty Cents $2,326.40 $ 6,513.92 9. 50 C.Y. Class"B"(2,500 psi) Concrete Encasement for Miscellaneous placement as directed by Engineer, Complete in Place for the Sum of, Per Cubic Yard Fifty Dollars& No Cents $ 50.00 $ 2,500.00 10. 50 C.Y. Class"E"(1,500 psi)Concrete Encasement for Miscellaneous placement as directed by Engineer, Complete in Place for the Sum of, Per Cubic Yard Fifty Dollars & No Cents $ 50.00 $2,500.00 1 ]. 25 C.Y. Crushed Limestone,Complete in Place for the Sum of, Per Cubic Yard Five Dollars& No Cents $ 5.00 $ 125.00 12. 25 C.Y. Ballast Stone, Complete in Place for the Sum of, Per Cubic Yard Five Dollars& No Cents $ 5.00 $ 125.00 13. 7,416 L.F. Trench Safety (Water Main), Complete in Place for the Sum of, Per Cubic Yard No Dollars& Ten Cents $O.IO $ 741.60 N:VOB\013696\Spec\013696.020.PhaseVlISec3.UtiIi ties.doc B-3 Updated 0511612005 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL O. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 14. 1 L.S. Storm Water Management& Maintenance, Complete in Place for the Sum of, Per Lump Sum Three Hundred Two Dollars & Fifty Cents $ 302.50 $ 302.50 TOTAL AMOUNT BID WATER $264,179.72 N:VOB\0I3696\Spec\013696.020,PhaseVflSeclUtiIities.doc B4 Updated 05/16/2005 LIST OF CAST IRON FITTINGS AS REQUIRED BY E2.7.1 IA TO BE SUBMITTED WITH BID Weight Each No. of Size Of w/Accessories Fitting Total Fitting Fitting Type of Fitting (Lbs) Weight(Lbs) 7 8"x 8" Tee 2 8"x 8" Cross 3 8" x 90' Bend I 8"x 45' Bend 5 8"x 22.5° Bend 8 8" Plug 4 8" x 8" Cleaning Wye TOTAL Contractor shall fill in blanks for "Weight Per Fitting" and "Total Weight" as a part of his bid (weight will be based on M.J. fittings). N;UDB10136961Spec1013696.020.PhaseVllSec3.Uti lilies.doc B-5 Updated 05/16/2005 UNIT II: SEWER (Furnish and install, including all appurtenant work, complete in place, the following items) (D-No. refers to related items in the Part D Special Conditions:) ITEM APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT TOTAL NO. QUANTITY WRITTEN IN WORDS PRICE AMOUNT 1. 5,689 L.F. 8"SDR-35 PVC Sanitary Sewer at various depths as shown on the plans, Complete in Place for the Sum of, Per Linear Foot 1 Nineteen Dollars& Forty Cents $ 19.40 $ 110,366.60 � 2. 583 L.F. 8"SDR-26 PVC Pipe w/o Cement Stabilized Backfill, Complete in Place for the Sum of, Per Linear Foot Twenty Eight Dollars & Five Cents $28.05 $ 16,353.15 3. 21 Ea. 4' Diameter Sanitary Sewer Manhole to 6' Depth with water tight inserts, Complete in Place for the Sum of, Per Each One Thousand Eight Hundred Seventy Six Dollars & No Cents $ 1,876.00 $39,396.00 4. 1 Ea. Connect 8"PVC To Existing Manhole, Complete in Place for the Sum of, Per Each Four Hundred Fifty Eight Dollars & No Cents $458.00 $458.00 5. 89 Ea. 4" SS Service(SDR-26)with 2-way clean out, Complete in Place for the Sum of, Per Each Three Hundred Fifty Five Dollars & Seventy Cents $355.70 $ 31,657.30 N:VOB\013696\Spec\013696.020.Phase VlISec3.UtiIities.doc B-6 Updated 0 5/1 612 0 0 5 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT TOTAL NO. QUANTITY WRITTEN IN WORDS PRICE AMOUNT 6. 300 L.F. Cement Stabilized Backfill, Complete in Place for the Sum of, Per Linear Foot Eighteen Dollars& Twenty Cents $ 18.20 $ 5,460.00 7. 4 Ea. Adjust Existing Manhole Rim, Complete in Place for the Sum of, Per Each i our Hundred Ninety Dollars& Eighty Cents $490.80 $ 1,963.20 8. 6,572 L.F. TV Inspection and Air Testing Complete in Place for the Sum of, Per Linear Foot No Dollars& Fifteen Cents $ 0.15 $ 985.80 9. 6,572 L.F. Trench Safety, Complete in Place for the Sum of, Per Linear Foot No Dollars& Fifteen Cents $ 0.15 $985.80 10. 94 Ea. 4" SDR-35 Sewer Service,Complete in Place for the Sum of, Per Each Three Hundred Thirty Eight Dollars & No Cents $ 338.00 $31,772.00 IL. 12 Ea. Clay Dam, Complete in Place for the Sum of, Per Each One Hundred Two Dollars& Fifty Cents $ 102.50 $ 1,230.00 12, 50 C.Y. Class "B" (2,500 psi)Concrete for Miscellaneous Placement as directed by the Engineer, Complete in Place for the Sum of, Per Cubic Yard Fifty Dollars & No Cents $50.00 $2,500.00 N:\IOB\013696\Spec\013696.020.PhaseVllSec3.Utilities.doc B-7 Updated 0 5/1 612 00 5 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID PRICES UNIT TOTAL NO. QUANTITY WRITTEN IN WORDS PRICE AMOUNT 13. 50 C.Y. Class"E"(1,500 psi)Concrete for Miscellaneous Placement as directed by the Engineer,Complete in Place for the Sum of, Per Cubic Yard Fifty Dollars & No Cents — $ 50.00 $ 2,500.00 14. 21 Ea. Vacuum Test for Manholes, Complete in Place for the Sum of, Per Each One Hundred Two Dollars& Fifty Cents $ 102.50 ', $2,152.50 15. 45 V.F. Extra Depth for Manholes,Complete in Place for the Sum of, Per Vertical Foot Fifty Two Dollars& iffy Cents $ 52.50 $2,362.50 16. 25 C.Y. Crushed Limestone, Complete in Place for the Sum of, Per Cubic Yard Five Dollars & No Cents $ 5.00 $ 125.00 17. 25 C.Y. Ballast Stone, Complete in Place for the Sum of, Per Cubic Yard Five Dollars & No Cents $ 5.00 $ 125.00 18. 1 L.S. Storm Water Management& Maintenance, Complete in Place for the Sum of, Per Lump Sum Three Hundred Two Dollars & Fifty Cents $ 302.50 $302.50 TOTAL AMOUNT BID SEWER $250,695.35 N:UOB\013696\Spec\013696.020.PhascVllScc3.Utilities.doc B-8 Updated 0511612005 UNIT III: STORM DRAIN '(Furnish and install, including all appurtenant work, complete-in place, the following items) ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT I. 226 L.F. 48"Class III R. C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot One Hundred Fourteen Dollars& Ten Cents $ 114_]0 $25,786.60 2. 261 L.F. 42"Class III R. C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Ninety Six Dollars& Thirty Five Cents $96.35 $ 25,147.35 3. 14 L.F. 39"Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Ninety One Dollars& Fifty Cents $91.50 $ 1,281.00 � 4. 243 L.F. 33" Class III R-C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Sixty Four Dollars& Fifty Cents $ 64.50 $ 15,673.50 5. 246 L.F. 30" Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Fifty Six Dollars& Ten Cents $ 56.10 $ 13,800.60 N:UOB\0I36961Spec\013696.020.Phase VIISec3.UtiIities.doc B-9 Updated 05/16/2005 I ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY J PRICES WRITTEN IN WORDS PRICE AMOUNT 6. 309 L.F. 27"Class III R.C.Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Forty Six -�. Dollars& — Fifty - _ Cents $46.50 $ 14,368.50 7. 19 L.F. 24"Class III R.C. Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Forty Two Dollars& Ten Cents $42.10 $799.90 8. 91 L.F. 21"Class III R.C.Pipe Including Trench Excavation and Backfill, Complete in Place for the Sum of, Per Linear Foot Thirty Four Dollars& Thirty Cents $34.30 $3,12I30 9. 1 Ea. 48" Sloped Headwall 4:1, Complete in Place for the Sum of, Per Each Two Thousand Eip,ht Hundred Seventy Nine Dollars& No Cents $2,879.00 $2,879.00 10. 1 Ea. 42"Sloped Headwall 4:1, Complete in Place for the Sum of, Per Each Two Thousand Four Hundred Seventy Dollars& No Cents $2,470.00 $2,470.00 it. 1 Ea. 30" Sloped Headwall 4:1,Complete in Place for the Sum of, Per Each One Thousand Eight Hundred Eighty Dollars& No Cents $ 1,880.00 $ 1,880.00 N:UOB\013696\Spec\013696.020.PhaseVIISec3.UtiIities.doc B-10 Updated 0 5/1 612 0 0 5 R .r. IT APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 12. 2 Ea. Standard 5' Square Manhole,Complete in Place for the Sum of, Per Each —`Three Thousand Fifteen Dollars& No Cents $3,015.00 $6,030.00 13. 4 Ea. Standard 4' Square anhole,Complete in Place for the Sum of, Per Each Two Thousand Five Hundred Fifty Dollar ` No Cents $2,550.00 $ 10,200.00 14. 4 Ea. 15' Standard Curb Inlet, Complete in Place for the Sum of, Per Each Three Thousand Two Hundred Sixty Dollars& No Cents $ 3,260.00 $ 13,040.00 15. I Ea. 15' Curb Inlet Non Standard Depth,Complete in Place for the Sum of, Per Each Four Thousand Dollars & No Cents $4,000.00 $4,000.00 16. 5 Ea. 10' Standard Curb Inlet, Complete in Place for the Sum of, Per Each Two Thousand Four Hundred Seventy Five Dollars& No Cents $2,475.00 $ 12,375.00 17. 3 Ea. 10' Curb Inlet Non Standard Depth,Complete in Place for the Sum of, Per Each Three Thousand Nine Hundred Twenty Five Dollars& No Cents $3,925.00 $ 11,775.00 N:\JOB\0 36961Spec\013696.020.PhaseVllSec3.Utilities.doc B-1 I Updated 05/16/2005 ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 18. 2 Ea. 8' x 6' Concrete Cap and Remove Headwall, Complete in Place for the Sum of, Per Each One Thousand Nine Hundred Twenty Five Dollars& No Cents $ 1,925.00 $3,850.00 19. 192 S.Y. Rock Rip Rap(18"Depth Min),Complete in Place for the Sum of, Per Square Yard Sixty Two Dollars& Forty Five Cents $ 62.45 $ 11,990.40 20. 1,409 L.F. Trench Safety, Complete in Place for the Sum of, Per Linear Foot No Dollars& Ten Cents $ 0.10 $ 140.90 21. 1 L.S. Storm Water Management,Complete in Place for the Sum of, Per Lump Sum Three Hundred Two Dollars& Fifty Cents $302.50 $302.50 TOTAL AMOUNT BID STORM DRAIN $ 180,911.55 N:UOB\013696\Spcc\013696.020.PhaseV11Sec3.UtiIities.doc B-12 Updated 0511 6/2 00 5 UNIT IV: BONDS (Furnish and install, including all appurtenant work, complete in place, the following items) ITEM APPROX. DESCRIPTION OF ITEMS WITH BID UNIT TOTAL NO. QUANTITY PRICES WRITTEN IN WORDS PRICE AMOUNT 1. 1 L.S. Payment,Performance and Maintenance Bond,Complete in Place for the Sum of, Per Lump Sum Seventeen Thousand Five Hundred Twenty Five Dollars & No Cents $ ]7,525.00 $ 17,525.00 TOTAL AMOUNT BID BONDS $ 17,525.00 SUMMARY TOTAL AMOUNT BID WATER $ 264,179.72 TOTAL AMOUNT BID SEWER $ 250,695.35 TOTAL AMOUNT BID STORM DRAIN $ 180,911.55 TOTAL AMOUNT BONDS $ 17,525.00 GRAND TOTAL AMOUNT BID $713,311.62 N:U0B\013696\Spec\013696.020.PhaseV11Sec3.UIilities.doc B-13 Updated 0511 6/2 00 5 PART B -PROPOSAL(Cont.) 1 After acceptance of this Proposal, the undersigned will execute the formal contract and will deliver an approved Surety Bond and such other bonds as required by the Contract Documents, for the faithful performance of the Contract. The attached bid security, if required is to become the property of the Developer. i The undersigned bidder certified that he has obtained at least one set of the General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978, and that he has read and thoroughly understands all the requirements and conditions of those General Documents and the specific Contract Documents and appurtenant plans. The successful bidder shall be required to perform the work in accord with the following publications, both of which are incorporated herein and made a part hereof for all purposes: 1. The General Contract Documents and General Specifications for Water Department Projects dated January 1, 1978,which may be purchased from the Water Department. 2. The Standard Specifications for Street and Storm, Drain Construction which may be purchased from the Department of Transportation & Public Works. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors, or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance No. 7278 as amended by City Ordinance No. 7400. The Bidder agrees to begin construction within Ten 10 calendar days after issue of the work order, and to complete the contract within Thirty Five (35) working days after beginning construction as set forth in the written work order to be furnished by the Owner. (Complete A or B below, as applicable:) A. The principal place of business of our company is in the State of Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by state law. A copy of the statute is attached. Non resident bidders in the State of , our principal place of business, are not required to underbid resident bidders. x B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. N:VOB\013696\Spec\013696020.PhaseVllSec3 Utilities.doc B-14 Updated 05/16/2005 I (we) acknowledge receipt of the following addenda to the plans and specifications, all of the provisions and requirements of which have been taken into consideration on preparation of the foregoing bid: Addendum No. 1 (Initials) Addendum No. 3 (Initials) Addendum No.2 (Initials) Addendum No. 4(Initials) Respectfully submitted, Four D Construction Inc. By: Tl.as nie KIC�13I2SCd�AI1� 1?1ItC5AS Fxrritive V.P. Address 11200 Old Seagoville Road Balch Springs, Texas 75180 Telephone: 9-7--2-286-0044- 214-393-5440 (Seal) Date: June 28, 2007 I\:VOB\013696\.Spec\013696020.PhaseVllSec3.Utilities.doc B-15 Updated 0 5/1 612 0 0 5 III STREETLIGHTS , I. STREETLIGHTS COST ESTIMATE: QUANTITY UNIT COST TOTAL COST INTERSECTIONS (12) EA $ 2,600 ($31,200.00) MID-BLOCK RESIDENTIAL (10) EA $ 2,600 ($26,000.00) CHANGE OF DIRECTION RESIDENTIAL (5) EA $ 2,600 ($13,000.00) MID-BLOCK COLLECTOR 0 EA $ 2,600 $00,000.00 MID-BLOCK ARTERIAL 0 EA $ 3,200 $00,000.00 MID-BLOCK ARTERIAL MEDIAN 0 EA $ 3,200 $00,000.00 RELOCATE EXISTING LIGHT 0 EA $ 1,650 $00,000.00 Subtotal ($70,200.00) City's Cost $00,000.00 Developer's Subtotal $00,000.00 4% Inspection fee $2,808.00 Project Total $00,000.00 Adjacent Developer's Cost $00.000.00 Developer's Cost $6,500.00 DEVELOPERS COST: $2,808.00 (for inspection) $4,212.00 (for electric service) (Streetlights installed by Tri-County) CFA CODE # 2007038 Villages of Woodland Springs West, Phase VII, Section 3 Fort Worth,Texas August 2, 2007- PAGE 1 OF EXHIBIT "C" RECEIVE[) 4 sa 11. STREETLIGHTS WORK DESCRIPTION: 1. The Developer shall provide for the installation of streetlights at the approximate locations shown in exhibit"C", immediately after final acceptance of the street construction, in accordance with engineering plans and specifications approved by the Transportation and Public Works Department. 2. Streetlights on residential and/or collector streets can be installed using overhead or underground conductors with the approval of the director of transportation and Public Works. 3. The City of Fort Worth will install all the streetlights that use overhead or underground conductors on residential, and collector streets. The developer agrees to pay the City of Fort Worth the amount shown below prior to the City starting its design efforts, at the option of the developer and at their expense they may purchase the poles, fixtures, and mast arms from the City in order to assure compliance with city material standards 4. Street lights on arterial streets shall be installed with underground conductors 5. The developer agrees to dedicate all easements required for the installation and maintenance of the street lights and to provide for the installation of any electrical transformers required for the proper operations of the street light system 6. The estimated cost of this streetlight installation is detailed on page (1) of exhibit"C" and is summarized below. The streetlights will remain the property of, and will be maintained by the City of Fort Worth. DEVELOPERS COST: $2,808.00 (for inspection) $4,212.00 (for electric service) March 27, 2007 CFA CODE # 2007038 Villages of Woodland Springs West, Phase VII, Sec 3 PAGE 2 OF EXHIBIT "C" RECEIVED ltila� ti Ill. STREETLIGH'iS LOCATIONS: INTERSECTIONS: Stable Door Lane & N Riverside Dr 1 Stable Door Lane & Horseshoe Ridge Dr 1 Stable Door Lane & Sundog Way 1 Stable Door Lane & Balta Dr 1 Stable Door Lane & Indian Pony way 1 Stable Door Lane & Wolfcreek Rd 1 Stable Door Lane & Timberland Blvd 1 Exmore Pony Way & N Riverside Dr 1 Exmore Pony Way & Horseshoe Ridge Ct 1 Exmore Pony Way & Sundog Way 1 Exmore Pony Way & Balta Dr 1 Exmore Pony Way & Indian Pony way_1 MID — BLOCK: Horseshoe Ridge Dr 3 Sundog Way 3 Balta Dr 2 Indian Pony way 2 CHANGE OF DIRECTION: Horseshoe Ridge Ct 1 Wolfcreek Rd 3 Indian Pony way ' 1 (streetlights installed bylTri-County) 0 (200 watt lights) x $7.05 (per light) x 24 months = $00,000.00 27 (100 watt lights) x $6.50 (per light) x 24 months $4,212.00 Total: $3,900.00 + $2,600.00 (4% insp fee to City of Fort Worth) CFA CODE # 2007038 Villages of Woodland Springs West, Phase VII, sec 3 PAGE 3 OF EXHIBIT "C" AU°U J 77 IV STREET NAME SIGNS 1. The City of Fort Worth will install the street name signs upon final approval of the street construction. The street name signs will remain the property of, and will be maintained by, the City of Fort Worth. 2. The Developer will pay for the street name sign installations required for this development to the extent of$245.00 per intersection. This unit cost will be revised annually by the Department of Transportation and Public Works to reflect prevailing costs of materials and labor. 3. This development creates the following fourteen (14) intersections at a cost to the Developer of$3,430.00: Stable Door Lane & N Riverside Dr Stable Door Lane & Horseshoe Ridge Dr Stable Door Lane & Sundog Way Stable Door Lane & Balta Dr Stable Door Lane & Indian Pony Way Stable Door Lane &Wolfcreek Rd Stable Door Lane &Wolfcreek Ct Stable Door Lane & Timberland Blvd Exmore Pony Way & N Riverside Dr Exmore Pony Way & Horseshoe Ridge Dr Exmore Pony Way & Horseshoe Ridge DrCt Exmore Pony Way & Sundog Way Exmore Pony Way & Balta Dr Exmore Pony Way & Indian Pony Way The Villages of Woodland Springs West, Phase VII, Section 3 CFA code: 2007038 March 22, 2007 i I i DECEIVED JUL 2 p 2W KELLE -HASL D. WESTPO T PK -=- M 2 ..� is ecmxlo e1-w PROJEC . SITE N x ip Tn cn M KELLER HICKS RD x _ = Qom: i o �RICr; GOLDEN w TRIANGLE BLVD" _ FM 1709 f i NOT TO SCALE LOCATION MAP THE VILLAGES OF WOODLAND SPRINGS WEST PHASE VII SECTION 3 Carter Burgess CARTER & BURGESS,INC. 777 MAIN STREET FORT WORTH,T%76102 (817)73S-6000 PROJECT NO. 013696.020.3.0630 PAGE 1 OF 6 OGN=qo\Job\ 013696\clv\ 7-3\ws731cfo.dgn N 2 SCALEs 1" = 30 68 J ' z 15 r7 g H J J7 36 • •• 11 \ 1 ��\.. l7 � s Is 1 4 H Je z Ir sv 4 27 1910 y 31 12 2 JD 25 / zz ` ~ / IJ 'l ze B ] zl •`' �� .6 �r.X f ry.(/ /,,: 5 /9 ••11r L ,v: It 11 6 IV 26 , 5 /7 IS I La IH 16 71 12 20 r 17 77 40 II \,�' / 1� e..• tJ IJ 16 - ('] 19 17 71 19 • B I6 28 z° IB 71 /S IB 9 IS O .+. 01 Y A JB 45 y `. 71•. : ..19 •. 70 ' • 16 17 10 /4 S7 J6 • ,y�vkf 0 •• •, • 11 IJ J0 46 1" z •s .. 1 z J 4 1 5 6 • 12 J2 JJ 34 47 7 H 9 ••e • JI " 67 /0 • • J • •. JS / �� • 4B 1— 14 •1 15 16 /7 /B Ll zr /r �� \ \ 26 -- I Ill? `1'�'V \ \ / - \ \ z4 r ��PRAM L � � V r TMOERLAND BOULEVARD I/ - - �Z17 W<» .,�M;- ---- -� STREETS EXHIBIT 'B' LEGEND THE VILLAGES OF WOODLAND SPRINGS WES] PROP. 2.9' B/B PHASE VII SECTION 3 ROADWAY/50' R04Y PROP. 4' S I DEWALK Carter„ Burgess ( BY HOMEBUILDER) •"•'""'•"•""••' CARTER & BURGESS,INC. PROP. 4' S I DEWALK 777 I MN MEET X roar woani,,,Tx 76102 ( BY DEVELOPER) (517)7354000 PROJECT NO. 013696.020.3.0630 LIMITS OF PROJECT — — --— DGN=9l\JoD\ 013696\clv\ 7-3\ws73lcfa.dgn PAGE 4 OF 6 J 00 0 SCALE) 1" = 30 $G 6 \ V' \ `f I 4 \ - 7 \ � to 69 \ �'Z-p...'. 3 /2 / I J \ f' 5 J J7 7 5 JS IIs \ B 34 1 /7/ 6 JJ /B \ G J 7B / 9 7 JI 17 19 31 16 zi 9 30 25 t 2z 10 29 l7 24 2 \ 1e e J 71 \ 14 17 71 15 13 5 76 10 2Y r �• R 9 � \ r I l6 14 1 75 I l 21 7 /S I 14 17 70 11 \ I I l7 77 4O 4 /6 1 \ �•'.q is 16 73 \� IJ 11 19 17 zz /9 H /6 18 J9 43 Lygygyqyl 14 44 1 20 IB /S tH 9 /B 19 !,. JB 45 1/ n9 Io 16 10' INLE F /o /4 37 —\ 1' 17 Jo 36 \ 0 4 MH 24" 16 \\ s Y Z 10 ML T 9 MH ?NH 10 INLT 15 i LET \I I z J 4 J1 J2 7 B 91 INL JJ 34 47 EXIST 8'X6' EXIST 33" CP I 6 to T" Js GOLF CART 1 it// ry^ 4B CROSSING TC MWA IMAGE /1 ,J AB D OR LANE 49 / BE CLOSED � rDW —_�F�pSp,EM CE 14 I 42"HL I5 16 /7 1 B LJ —— 19 00 I _` 70 77 1— EXIST 3-B'X4'MBC 48 HDWL \ / I W/HOWL h WINGWALL. EXIST 5'X3'SBC lAt°,Ia 1>4 22 'rA \\\ 4 I '/ 25 FndMN7E ��• FAT IIIMACE \ 23 -.. S N 9NtK" , - 30"HDWL \ 0 ' \ V y lII EXIST 2—e'X6'MBC �- A W\HDWL It WINGWALL / � I � II \� STORM DRAIN LEGEND EXHIBIT 'B-l' PROP. STORM DRAIN LINE THE VILLAGES OF WOODLAND SPRINGS WEST PROP. INLET T PHASE VII SECTION 3 PROP. MANHOLE PROP. HEADWALL Carte -Burgess — _ — CARTER & BURGESS,INC. EXIST. STORM DRAIN LINE __ -- -� 777 AWN STREET FORT WORTH,TX 76102 LIMITS OF PROJECT -- --"- ' IBM735-6000 PROJECT NO. 013696.020.3.0630 PAGE 5 OF 6 DGN=gI\]ob\ 013696\civ\ 7-3\ws731cfa.dgn \ 'h / < J SCALE= 1" = Y 1 \ 10 6B - J 1 // 37 3 .t" 6 4 J6 IS \ - L/7 5 B 34 7 IT - / 6 JJ J to \ `+ 7B \ 'S JS 17 I9 7/ ti l0 Q 9 3 70 Jl 26 7I 77 17 IO 29 3'C 17 24 2 J f�O 11 .ZB J 71 \\ 14 �tt/`4 23 � i�, '17 27 9 4 20 \ '7` I J 26 77 24 ?l o to 16 4 16 14 23 /I zl �4 6 IB � zf ' I 13 t 79 Iz O 4I \+2J J 1 [f7 6 8 /9 /7 22 18 B /6 2B J9 4J \ /4 44 70 IB 71 15 /B 9 /S 29 JB 21 19 20 °S /0 /I 37 JO 76 Q11 IJ a 46 z h. / 2 J 4 1 5 6 7 /2 JI 32 JJ 4734 / ' I 16 10 J5 V 48 1 n ---- --- --- - 17 Qp // /3 e9 y+ - r---- 14 /5 16 17 1B 19 z] �/21 26 23 \\` 2° 1 b ror /y ` 23 / > 00/ r00 TTMB@RIAND aoU. S i STREET LIGHTS LEGEND EXHIBIT 'C' THE VILLAGES OF WOODLAND SPRINGS WES' PROP. SINGLE STREET LIGHT PHASE VII SECTION 3 EXIST. STREET LIGHT Co - Carter Burgess PROP. STREET SIGN CARTER 8 BURGESS,INC. EXIST, STREET SIGN 0 777 WO STRFET FORT WORTH,TX 76107 (8171 735-6CCO LIMITS OF PROJECT PROJECT NO. 013696.020.3.0630 PAGE 6 OF OGN=gt\Job\ 013696\cIv\ 7-3\ws731cfa.dgn